SOLICITATION NOTICE
F -- Environmental Consulting Services IDIQ MATOC
- Notice Date
- 1/10/2025 4:18:10 PM
- Notice Type
- Presolicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW25R1000
- Response Due
- 1/14/2025 2:00:00 PM
- Archive Date
- 01/29/2025
- Point of Contact
- Kyla Couch, Caroline Mueller
- E-Mail Address
-
kyla.m.couch@usace.army.mil, caroline.b.mueller@usace.army.mil
(kyla.m.couch@usace.army.mil, caroline.b.mueller@usace.army.mil)
- Small Business Set-Aside
- WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- $45M WOSB Set-Aside IDIQ MATOC for Environmental Consulting Services (ECS). FOR INFORMATION ONLY: This synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this SYNPOSIS should be submitted in writing via email to the Contract Specialist as noted below. The United States Army Corps of Engineers (USACE) Seattle District anticipates solicitation and award of an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Environmental Consulting Services resulting from Request for Proposal (RFP) W912DW25R1000. The Request for Proposal (RFP) will be set-aside for Women-Owned Small Businesses (WOSB). The North American Industry Classification System (NAICS) Code is 541620 Environmental Consulting Services with a $19M size standard.See FAR clause 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) and 52.219-30, Notice of Set-Aside for, or Sole-Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program. Project Description: The anticipated IDIQ will consist of a five (5) year period (a base period of 3 years and two 1-year option periods), sharing a total combined maximum contract capacity of $45,000,000 for the life of all contracts. The primary Area of Responsibility (AOR) for the anticipated work is the Seattle District (NWS), which includes Washington, Oregon, parts of Idaho, and western Montana. This MATOC will also be available for use across any of the five districts of the Northwestern Division (NWD); the other four districts are Portland (NWP), Walla Walla (NWW), Kansas City (NWK), and Omaha (NWO). The NWD AOR covers 14 states (Washington, Oregon, Idaho, Montana, North Dakota, South Dakota, Minnesota, Wisconsin, Wyoming, Nebraska, Iowa, Colorado, Kansas, and Missouri). Work identified under this anticipated procurement will require expertise in National Environmental Policy Act (NEPA) and all other environmental laws and executive orders considered during the NEPA process. The Government also requires expertise in biology, cultural, and related environmental sciences to assist with compliance of environmental laws. The environmental studies to be performed under this contract will cover environmental resources and issues throughout the Pacific Northwest including, but not limited to, the Corps' Seattle District area of responsibility which may include work at Army, Air Force and other Dept. of Defense installations. Type of work anticipated under this MATOC includes site-specific cultural and natural field surveys, field sampling, monitoring and data analyses and reporting; NEPA environmental planning and impact assessment; and multimedia environmental compliance assessment and follow-up. Technical support for Corps projects will consist primarily of studies dealing with fish, plant, cultural and wildlife species and habitat surveys, sediment collection, chemical and biological testing including toxicological interpretation, associated environmental coordination and preparation of required NEPA, Clean Water Act, National Historic Preservation Act (NHPA) and other compliance documents listed in the next paragraph. Studies will provide primary support for ecosystem restoration projects, water resource development projects, hydropower operations and maintenance, and testing of potential dredged material, reference areas or sites, and possibly dredged material disposal. Work will include coordination and consultation with Corps representatives for design analyses and quality assurance plans, sediment collection, storage and transport, and chain-of-custody for chemical analysis for priority pollutants. Studies will include physical, chemical, and biological testing and evaluations in inland freshwater and terrestrial environments. Tests required may involve data collection for aquatic benthos, fish, wildlife and plant communities and habitats, performing taxonomic characterizations, chemical characterizations, and physical sediment analyses. Work will also include providing expert toxicological advice in the evaluation of test results. Work will require familiarity with all applicable regulations, including NEPA, National Historic Preservation Act (NHPA), Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA, Superfund), Endangered Species Act (ESA), Migratory Bird Treaty Act (MBTA), Bald and Golden Eagle Protection Act (BGEPA), Magnuson-Stevens Fishery Conservation and Management Act (MSA), Marine Mammal Protection Act(MMPA), Fish and Wildlife Coordination Act (FWCA), Sikes Act, Clean Water Act(CWA), Coastal Zone Management Act (CZMA), Model Toxics Control Act (MTCA),Dredged Material Management Program (DMMP), Washington, Oregon, Idaho and Montana State sediment management standards (SMS), and other pertinent Federal, state, and local laws and regulations. Offerors: ON OR ABOUT, 14 January 2025, a link to the RFP documents for this project will be available via the website https://sam.gov/ under Contract Opportunities W912DW25R1000. NO CD�S OR HARD COPIES WILL BE MADE AVAILABLE. Offerors are responsible for checking https://sam.gov/ frequently for any update(s) to this Notice. The Government is not responsible for any loss of internet connectivity or for an Offeror�s inability to access the document(s) at the referenced website. To obtain automatic notifications of updates to this RFP, you MUST log in to https://sam.gov/ and add the RFP to your �Watchlist.� If you would like to list your firm so others can see you are an interested vendor, you must click the �Add Me to Interested Vendors� button in the listing for this RFP. Procurement Integrated Enterprise Environment (PIEE) Solicitation Module Your firm�s proposal shall be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://piee.eb.mil/. For PIEE registration, training, and instructions for posting an Offer, refer to the following links: PIEE Registration: https://piee.eb.mil/ Note: There are two vendor roles (Proposal Manager, Proposal View Only) for PIEE Solicitation Module. The Proposal Manager role is required to submit an offer to a solicitation. Please be advised that when using the PIEE Solicitation Module, the user�s email address in PIEE must match the email address on file in SAM.gov. PIEE Solicitation Module: Training and instructions are accessible through PIEE � Web Based Training (WBT) at https://pieetraining.eb.mil/wbt/ (For instructions specific to posting an offer, select; 'Solicitation Module' - 'Proposals (Offers)' - 'Posting Offer') For Frequently Asked Questions (FAQs) and additional training, go to the DoD Procurement Toolbox � Solicitation Module at https://dodprocurementtoolbox.com/site-pages/solicitation-module
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/76acaba5b8284a4497bacff34b0d6624/view)
- Place of Performance
- Address: Seattle, WA, USA
- Country: USA
- Country: USA
- Record
- SN07309578-F 20250112/250110230103 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |